Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2013 FBO #4109
SOLICITATION NOTICE

65 -- Notice of Intent to Sole Source

Notice Date
2/21/2013
 
Notice Type
Presolicitation
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
 
ZIP Code
21702-9203
 
Solicitation Number
N6264513RC30025
 
Archive Date
3/23/2013
 
Point of Contact
Courtney A. Piar, Phone: 301-619-7467
 
E-Mail Address
courtney.piar@med.navy.mil
(courtney.piar@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 8.404) with LifeLine Mobile, 2050 McGaw Road, Columbus Ohio 43207, as the only responsible source that can provide an expansion to the current fleet of mobile dental units for NDC Camp Pendelton and NMC San Diego. This acquisition is being conducted under FAR 8.404 use of Federal Supply Schedules. Provisions and clauses in effect through Federal Acquisition Circular 2005-24 are incorporated. The units shall be consistent with the previous procurement of mobile dentals for Navy medical facilities. The units shall meet the following criteria; • Each mobile dental unit shall be comprised of a driver cabin and a separate clinic cabin. • Each mobile dental unit shall be new and manufactured after January 1st, 2012. • Each mobile dental unit shall be a truck chassis unit, not a bus or RV chassis unit. • Each mobile dental unit shall be equipped with a diesel engine. • Each mobile dental unit shall be capable of highway speeds up to 70 miles per hour without damage to the vehicle or properly stowed equipment within the vehicle. • Each mobile dental unit shall include tire changing equipment and at least one spare tire. • The clinic cabin interior dimensions shall be a minimum of 8ft (H) x 8ft (W) x 30ft (L). • Each mobile dental unit shall have an HVAC system to control temperature within the clinic cabin. • Each mobile dental unit shall have a designated patient waiting area in clinic cabin. • Each mobile dental unit shall have instrument/general storage cabinets • Each mobile dental unit shall include a water tank with at least a 50 gallon capacity and a water pump. • Each mobile dental unit shall have a room with lead-lined walls and/or curtain(s) designated for a Digital Dental Panoramic X-Ray: Planmeca-ProMax S2, or equivalent. • Each mobile dental unit shall include a sterilizer: Statim 5000, or equivalent. • Each mobile dental unit shall include an ultrasonic cleaner: Midmark M150, or equivalent. • Each mobile dental unit shall have two dental operatories. Each dental operatory shall contain the following equipment: o Fixed, Intraoral X-ray. o Dental Delivery System: A-Dec 532, or equivalent. o Assistant's Delivery System: A-Dec 551, or equivalent. o Dental Chair: A-Dec 511, or equivalent. o Dental Light: A-Dec 571, or equivalent. • Each mobile dental unit shall include dental digital imaging (DDI) capability which shall include: o Three (3) laptops, networked, with Digital Imaging Software for viewing of images from both the panoramic X-Ray unit and fixed intraoral unit: Apteryx DCV, or equivalent o Two (2) intraoral digital sensors, Size 1 o Three (3) intraoral digital sensors, Size 2 • No dental handpieces are required. • All dental equipment along with the vehicles shall be installed by the vehicle manufacturer. • Each mobile dental unit shall have a slide-out wall in each dental operatory. • The mobile dental units shall include a diesel generator and a shore power cord of at least 40 feet. • The mobile dental units shall include an oil-free air compressor and an evacuation system for the dental operatories. The air compressor and evacuation system shall be contained within the clinic cabin. They shall be not located on top, exterior of the cabin or under the chassis. • Each mobile dental unit shall include a fire stop system to prevent fire from spreading from the point of ignition to different compartments/areas of the mobile dental unit, minimizing damage. • Each mobile dental unit shall include a stabilizing/leveling system and backup camera. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The system shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. The system shall be installed in compliance with OSHA requirements. Open Market Items being purchased in this acquisition: Computer, laptops, docking station qty 3 Computer, Apteryx software, license qty 3 Fire prevention measures qty 1 Hook, reinforced apron hook qty 2 Spare tire, with rim qty 1 Wheels (4), Aluminum qty 1 Chair, 10-foot slide out tubing extension qty 2 Chair, A-dec 511, seamless upholstery, foot switch qty 2 Delivery system, Dentist, A-Dec qty 2 Delivery system, Assistant, A-Dec qty 2 Light, A-dec 571 post-mount qty 2 Sterilizer, Statim 5000 qty 1 Ultrasonic Cleaner, Midmark M150, qty 1 X-ray, digital, CDR Elite remote module, HS cable (1/rm) qty 2 X-ray, digital, CDR Elite sensor, size 1 w/ sheath, starter kit qty 2 X-ray, digital, CDR Elite sensor, size 2 with sheath qty 3 X-ray, intraoral, Planmeca-57" reach qty 2 X-ray, panoramic, digital, Planmeca ProMax S3 2D, w/ base qty 1 This acquisition is being conducted under simplified acquisition procedures. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 339114 with a Business Size Standard of 500 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit technical data, including cost, sufficient to determine capability in providing the same product. All capability statements received by closing of this notification of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based on the above information, the only technically acceptable system is provided by LifeLine Mobile. Submit email capability statements (using PDF, MS Word, Excel attachments) to Courtney Piar at Courtney.piar@med.navy.mil. Fax quotes may be sent to 301-619-1132 Attn: Courtney Piar. Email statements are preferred. Statements are due not later than 8:00 A.M. EST on 08 March 2013. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264513RC30025/listing.html)
 
Record
SN02993532-W 20130223/130221235218-a708fe5ea44aa3b0fb89e9853a9dade2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.